Joint Information Operations Planning Support
ID: W91QEX24R0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTDORAL, FL, 33172-1202, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Joint Information Operations Planning Support contract, aimed at providing comprehensive support for operations in the information environment for the United States Southern Command (USSOUTHCOM). The contractor will be responsible for coordinating, training, planning, and executing information operations in alignment with USSOUTHCOM's global objectives, adapting to potential changes in requirements and operational directives. This contract is critical for enhancing the effectiveness of military operations and ensuring readiness in the information domain. Interested vendors, particularly those eligible under the 8(a) set-aside program, should contact Dyan E. Jackson at dyan.e.jackson.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil for further details, with proposals due in accordance with the solicitation timeline outlined in the associated documents.

    Files
    Title
    Posted
    The document pertains to a federal government effort that encompasses Requests for Proposals (RFPs), federal grants, and state and local RFPs. Its primary objective is to streamline the procurement process and enhance funding opportunities for various projects. Key components include the identification of eligible projects, criteria for applicants, and guidelines for submission and evaluation of proposals. It outlines the importance of compliance with federal regulations, emphasizes transparency in the bidding process, and encourages stakeholder engagement. The support for local initiatives is highlighted, underlining the role of state and local entities in implementing funded projects effectively. Overall, the document serves as a comprehensive guide for potential applicants, aiming to foster collaboration between federal, state, and local governments while ensuring efficient use of public funds.
    The document serves as an addendum to FAR 52.212-1, providing instructions for offerors on submitting past performance evaluations as part of government proposal processes. Offerors are instructed to prepare and send a Reference Questionnaire package to a maximum of three clients relevant to the contract, ensuring responses are received by a specified deadline. The questionnaire includes a cover letter, identification sheets, and an assessment section designed to evaluate compliance with various performance metrics. The evaluation addresses aspects such as adherence to specifications, project management effectiveness, timeliness, cost control, and customer satisfaction, with grading definitions ranging from "Substantial Confidence" to "No Confidence." The cover letter template outlines the purpose of the evaluation and underscores the importance of the respondents' feedback in the source selection process. Additionally, the document emphasizes the need for candor in the assessment to ensure accurate and complete evaluations for federal contracts. The procedure ensures that offerors are properly vetted based on their past performances in similar contracts, which is vital for federal procurement integrity.
    The document outlines the hourly rate sheets for various labor categories under the Joint Information Operations Planning Support for multiple periods, including a base period and two option periods. Each category, such as Strategic IO Planning and Theater MISO Planning Support, features corresponding CLIN/SUBCLIN codes but omits specific hourly rates. It is associated with Solicitation Number W91QEX-24-R-0010.
    The document outlines the Surge Support Pricing List for the Joint Information Operations Planning Support, specifically under Solicitation W91QEX-24-R-0010. It includes a detailed hourly rate sheet spanning various labor categories over several contract periods—Base Period One (11 months), four Option Periods (12 months each), and Base Period Three (12 months). Labor categories listed include Strategic IO Planning, Theater MISO Planning Support, Theater Information Operations, DODRP Liaison Officer, Admin Executive Assistant, and various roles under Website Media Support such as Editor, Journalist, Graphic Illustrator, and Social Manager. Each category is associated with a unique CLIN/SUBCLIN designation. This structure highlights the anticipated demand for specialized personnel in information operations and support roles, indicating a comprehensive approach to surge or after-hours needs. The document serves as a critical reference for contractors and agencies interested in participating in this capability to fulfill government operational requirements.
    The document, W91QEX-24-R-0010, contains questions and answers related to the Joint Information Operations Planning Support solicitation. Key clarifications include that the contractor is only responsible for website content and availability, not internet connectivity, and that all positions require specific security clearances. Additionally, it confirms that the solicitation allows for pricing adjustments for labor categories and outlines requirements for technical experience, clarifying that a minimum of three years' relevant experience is needed for past performance submissions.
    The document outlines a Federal Request for Proposal (RFP) for the provision of various personnel and services to support the United States Southern Command (USSOUTHCOM). The solicitation includes details regarding the types of personnel required, including Strategic Information Operations Planning personnel, MISO Planning Support personnel, Theater Information Operations Support personnel, and Administrative Executive Assistants. These roles are to be fulfilled on a full-time basis over the course of 12 months, with specific mentions of tasks outlined in a Performance Work Statement (PWS). Additionally, the RFP specifies guidelines related to payment terms, delivery methods, and reporting obligations for contractors, emphasizing a need for compliance with federal regulations. Critical elements include options for surge support and travel reimbursements, subject to prior approval. The purpose of the RFP is to secure qualified contractors who can meet the demands of USSOUTHCOM’s operational objectives efficiently while adhering to government standards and regulations. This document plays a vital role in ensuring that the right talent is sourced for strategic military operations, thereby supporting national defense initiatives.
    The document outlines a government solicitation (W91QEX24R0010) for a contract involving support services related to Information Operations (IO), primarily for the United States Southern Command (USSOUTHCOM). The contract requires experienced contractors to provide a range of services, including planning, coordination, and execution of military information support operations both domestically and in Latin America, with specified qualifications for key personnel, performance metrics, and compliance requirements. Key elements include a 30-day phase-in period leading to an 11-month base period, multiple option periods, and multiple deliverables with rigorous reporting and performance standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intelligence Support Services Joint III – Synopsis (H92402-24-R-0001)
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is preparing to release a Request for Proposal (RFP) for Intelligence Support Services Joint III (H92402-24-R-0001), aimed at providing comprehensive intelligence services across various functional areas. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to deliver actionable intelligence in support of military and humanitarian missions worldwide. Interested vendors must register in SAM.gov under NAICS code 541990 and demonstrate a NIST SP 800-171 Assessment score of 110 to access the Statement of Work and related documents. The anticipated RFP release is scheduled for the week of September 23, 2024, with proposals due approximately 45 days thereafter; for inquiries, contact LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. This procurement aims to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on enhancing training and development for data link interoperability within the U.S. military and allied nations. The selected contractor will be responsible for delivering instructional support, maintaining curriculum, and enhancing operational capabilities related to Tactical Data Link (TDL) systems, with a performance period extending from December 2024 through December 2025. Proposals are due by September 23, 2024, with inquiries accepted until September 10, 2024. Interested parties should submit their proposals via email to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil, and must acknowledge the amendments to the solicitation as outlined in the attached documents.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    Graphic Design Services
    Active
    Dept Of Defense
    The Department of Defense, through the 410th Contracting Support Brigade in support of the US Southern Command (USSOUTHCOM), is seeking proposals for Graphic Design Services. The contract requires non-personal graphic design support across various media formats, including digital and social platforms, specifically for the Humanitarian Assistance and Disaster Response (HADR) program. This initiative is crucial for enhancing visual communication and branding strategies, with contractors expected to complete a minimum of nine projects annually, including logo design and marketing materials in both English and Spanish. Interested small businesses must contact Lian Pino at lian.pino.civ@mail.mil or call 305-437-2662 for further inquiries, as this opportunity is set aside exclusively for small businesses under the NAICS code 541430. The contract includes a base period of six months with two additional one-year options.
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    Command VIP Suite
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Command VIP Suite project, with a focus on construction-related services at Camp Lejeune, North Carolina. This procurement aims to enhance operational capabilities by providing a state-of-the-art facility tailored to the needs of the Special Operations Community, emphasizing small business participation, particularly from service-disabled veteran-owned small businesses. Proposals are due by 12:00 PM Eastern Standard Time on September 23, 2024, following a mandatory site visit on September 17, 2024. Interested contractors should direct inquiries to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or call 910-440-1697 for further details.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    Antenna Kit Equipment and Components
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for an Antenna Kit Equipment and Components under solicitation number H92257-24-R-0101. This procurement aims to acquire specialized antennas and related components for the Marine Forces Special Operations Command (MARFORSOC), with a focus on ensuring compliance with technical specifications and federal regulations. The selected contractor will be awarded a Firm Fixed Price (FFP) contract based on the lowest-priced technically acceptable proposal, with a delivery deadline set for October 30, 2024. Interested vendors must register under the relevant NAICS code (334111) on SAM.gov and submit their proposals by the specified deadline, with inquiries directed to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    OPM-SANG Continental United States (CONUS) Schools Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island (ACC-RI), is soliciting proposals for the Continental United States (CONUS) Schools Services program aimed at supporting the Saudi Arabian Ministry of the National Guard (MNG) International Military Students (IMS) and their dependents. The primary objective of this procurement is to facilitate the travel of MNG IMS and their families to attend U.S. Department of Defense training and military education, while also providing services as Country Liaison Officers (CLO) and Assistant Country Liaison Officers (ACLO) during MNG Self-Invited Visits (MSIVs). This initiative is crucial for enhancing military education and collaboration between the U.S. and Saudi Arabia. Interested parties should refer to the Performance Work Statement (PWS) and associated attachments for detailed requirements, and they can contact John McDonald at john.e.mcdonald30.civ@army.mil or (520) 693-0106 for further information. The solicitation has undergone amendments, with the latest revisions to pricing and proposal due dates included in the documentation.